Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

Dynamic Purchasing System for the TRAC 11-24 Programme

  • First published: 03 July 2017
  • Last modified: 03 October 2017

Contents

Summary

OCID:
ocds-kuma6s-068269
Published by:
Denbighshire County Council
Authority ID:
AA0280
Publication date:
03 July 2017
Deadline date:
02 October 2017
Notice type:
02 Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

TRAC 11-24 is a collaborative project supported by the European Social Fund through the Welsh Govt. TRAC 11-24 aims to support participants aged 11-24 yrs identified as being most at risk of becoming NEET (Not in Education Employment or Training). The vulnerable factors could include low attendance, behavioural issues, low attainment, and other well-being factors. TRAC will provide dedicated support to address these factors and develop skills to re-engage with education. Participants aged 11-16 only (Key Stage 3 and 4) will be able to access an alternative training provision. There are no restrictions on types of training that are available to participants as it depends individual needs of participants. The training provisions cannot be fully stipulated at this time.Once the specific training requirements have been established for a participant or group of participants, the TRAC local teams (within each Local Authority) will organise the appropriate training on behalf of participants. CPV: 80000000, 80000000, 80000000, 80000000, 80000000, 80000000, 80000000, 80000000, 80000000, 80000000, 80000000, 80000000, 80000000, 80000000, 80000000, 80000000, 80000000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Denbighshire County Council

County Hall, Wynnstay Road

Ruthin

LL15 1YN

UK

Telephone: +44 1824712225

E-mail: sian.morganjones@denbighshire.gov.uk

NUTS: UKL13

Internet address(es)

Main address: www.denbighshire.gov.uk

Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0280

I.1) Name and addresses

Isle of Anglesey County Council

Isle of Anglesey County Council, Council Offices, Llangefni

Anglesey.

LL77 7TW

UK

Telephone: +44 1248750057

E-mail: procurement@anglesey.gov.uk

NUTS: UKL11

Internet address(es)

Main address: www.anglesey.gov.uk

Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0369

I.1) Name and addresses

Gwynedd Council

Corporate Procurement Unit,, Council Offices, Shire Hall Street,

Caernarfon

LL55 1SH

UK

Telephone: +44 1286679772

E-mail: alisonevans@gwynedd.llyw.cymru

NUTS: UKL12

Internet address(es)

Main address: www.gwynedd.gov.uk

Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0361

I.1) Name and addresses

Conwy County Borough Council

Bodlondeb, Bangor Road

Conwy

LL32 8DU

UK

Telephone: +44 1492574000

E-mail: procurement@conwy.gov.uk

NUTS: UKL13

Internet address(es)

Main address: http://www.conwy.gov.uk

Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0389

I.1) Name and addresses

Denbighshire County Council

County Hall, Wynnstay Road

Ruthin

LL15 1YN

UK

Telephone: +44 1824706781

E-mail: sian.morganjones@denbighshire.gov.uk

NUTS: UKL13

Internet address(es)

Main address: www.denbighshire.gov.uk

Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0280

I.1) Name and addresses

Flintshire County Council

County Hall, Mold

Flintshire

CH7 6NA

UK

Telephone: +44 1352701814

E-mail: enquiries@flintshire.gov.uk

NUTS: UKL23

Internet address(es)

Main address: www.flintshire.gov.uk

Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0419

I.1) Name and addresses

Wrexham County Borough Council

Lampbit Street

Wrexham

LL11 1AR

UK

Telephone: +44 1978292791

E-mail: procurement@wrexham.gov.uk

NUTS: UKL23

Internet address(es)

Main address: www.wrexham.gov.uk

Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0264

I.2) Joint procurement

The contract involves joint procurement

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://supplierlive.proactisp2p.com/Account/Login


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://supplierlive.proactisp2p.com/Account/Login


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Dynamic Purchasing System for the TRAC 11-24 Programme

II.1.2) Main CPV code

80000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

TRAC 11-24 is a collaborative project supported by the European Social Fund through the Welsh Govt. TRAC 11-24 aims to support participants aged 11-24 yrs identified as being most at risk of becoming NEET (Not in Education Employment or Training). The vulnerable factors could include low attendance, behavioural issues, low attainment, and other well-being factors. TRAC will provide dedicated support to address these factors and develop skills to re-engage with education. Participants aged 11-16 only (Key Stage 3 and 4) will be able to access an alternative training provision. There are no restrictions on types of training that are available to participants as it depends individual needs of participants. The training provisions cannot be fully stipulated at this time.Once the specific training requirements have been established for a participant or group of participants, the TRAC local teams (within each Local Authority) will organise the appropriate training on behalf of participants.

II.1.5) Estimated total value

Value excluding VAT: 1 700 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Basic Skills

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UKL11

UKL12

UKL13

UKL23

II.2.4) Description of the procurement

Including but not limited to Literacy, Use of IT, Digital Literacy, Numeracy, Budgeting, Money Management, Drug and Alcohol Awareness, Key skills, Developing Resilience

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 100 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 11

This contract is subject to renewal: Yes

Description of renewals:

Potential extension of up to 2 years subject to funding

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project:

TRAC 11-24

Lot No: 2

II.2.1) Title

Accredited Training – Level 1 and 2 CQFW

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UKL11

UKL12

UKL13

UKL23

II.2.4) Description of the procurement

An example of this could be courses such as AoPE, CoPE

STEM courses – Coding/ Robotics, sports leadership, food technology, industry specific skills

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 650 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 11

This contract is subject to renewal: Yes

Description of renewals:

Potential for extension of up to 2 years subject to funding

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project:

TRAC 11-24

Lot No: 3

II.2.1) Title

Employability Skills

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UKL11

UKL12

UKL13

UKL23

II.2.4) Description of the procurement

Including but not limited to STEPS, Interview Skills, Confidence Building, Self- Awareness, Coaching, Stress Management, Anger Management

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 100 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 11

This contract is subject to renewal: Yes

Description of renewals:

Potential extension of up to 2 years subject to funding

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project:

TRAC 11-24

Lot No: 4

II.2.1) Title

Construction Skills

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UKL11

UKL12

UKL13

UKL23

II.2.4) Description of the procurement

Including but not limited to, CSCS Card, Equipment – General, Plant and Machinery, Health and Safety

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 70 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 11

This contract is subject to renewal: Yes

Description of renewals:

Potential extension for up to 2 years subject to funding

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project:

TRAC 11-24

Lot No: 5

II.2.1) Title

Generic Work Skills

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UKL11

UKL12

UKL13

UKL23

II.2.4) Description of the procurement

Including but not limited to Basic First Aid, First Aid in the Workplace, Health and Safety, Food Safety, Customer Service

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 70 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 11

This contract is subject to renewal: Yes

Description of renewals:

Potential extension of up to 2 years

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project:

TRAC 11-24

Lot No: 6

II.2.1) Title

Hospitality

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UKL11

UKL12

UKL13

UKL23

II.2.4) Description of the procurement

Including but not limited to Introduction to Hospitality, Sector Training, Catering Skills, Barista skills, Food Preparation

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 70 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 11

This contract is subject to renewal: Yes

Description of renewals:

Potential extension of up to 2 years subject to funding

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project:

TRAC 11-24

Lot No: 7

II.2.1) Title

Care Sector

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UKL11

UKL12

UKL13

UKL23

II.2.4) Description of the procurement

Including but not limited to Health and Social Care courses

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 70 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 11

This contract is subject to renewal: Yes

Description of renewals:

Potential extension of up to 2 years subject to funding

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project:

TRAC 11-24

Lot No: 8

II.2.1) Title

Childcare Sector

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UKL11

UKL12

UKL13

UKL23

II.2.4) Description of the procurement

Including but not limited to Early years and childcare courses

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 70 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 11

This contract is subject to renewal: Yes

Description of renewals:

Potential extension for up to 2 years subject to funding

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project:

TRA 11-24

Lot No: 9

II.2.1) Title

Hair and Beauty

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UKL11

UKL12

UKL13

UKL23

II.2.4) Description of the procurement

Including but not limited to Certificate/ Diploma in Hair Services, Beauty Therapy Services, Beauty Consultancy Services, Nail Technology Services

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 70 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 11

This contract is subject to renewal: Yes

Description of renewals:

Potential extension for up to 2 years subject to funding

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project:

TRAC 11-24

Lot No: 10

II.2.1) Title

Industry

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UKL11

UKL12

UKL13

UKL23

II.2.4) Description of the procurement

Including but not limited to Retail Sector Training, CAD, Motor Vehicle Maintenance and repair

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 70 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 11

This contract is subject to renewal: Yes

Description of renewals:

Potential extension of up to 2 years subject to funding

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project:

TRAC 11-24

Lot No: 11

II.2.1) Title

Agriculture and Land Based

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UKL11

UKL12

UKL13

UKL23

II.2.4) Description of the procurement

Including but not limited to agriculture and land based services courses

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 40 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 11

This contract is subject to renewal: Yes

Description of renewals:

Potential extension of up to 2 years subject to funding

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project:

TRAC 11-24

Lot No: 12

II.2.1) Title

Arts and Creative Industry

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UKL11

UKL12

UKL13

UKL23

II.2.4) Description of the procurement

Including but not limited to Design and craft, Media

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 40 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 11

This contract is subject to renewal: Yes

Description of renewals:

Potential extension of up to 2 years subject to funding

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project:

TRAC 11-24

Lot No: 13

II.2.1) Title

Administration

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UKL11

UKL12

UKL13

UKL23

II.2.4) Description of the procurement

Including but not limited to Business and Administration courses

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 60 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 11

This contract is subject to renewal: Yes

Description of renewals:

Potential extension of up to 2 years subject to funding

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project:

TRA 11-24

Lot No: 14

II.2.1) Title

Self Employment

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UKL11

UKL12

UKL13

UKL23

II.2.4) Description of the procurement

Including appropriate courses to skill and support participants ages 11-16 into self employment

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 30 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 11

This contract is subject to renewal: Yes

Description of renewals:

Potential extension of up to 2 years subject to funding

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project:

TRAC 11-24

Lot No: 15

II.2.1) Title

Outdoor Activities

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UKL11

UKL12

UKL13

UKL23

II.2.4) Description of the procurement

Including but not limited to Sports Leadership, FAW Coaching, Hill and mountain skills, Water sports, Mountain biking, Gardening, DoE Accreditation

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 100 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 11

This contract is subject to renewal: Yes

Description of renewals:

Potential extension of up to 2 years subject to funding

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project:

TRAC 11-24

Lot No: 16

II.2.1) Title

Other

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UKL11

UKL12

UKL13

UKL23

II.2.4) Description of the procurement

Including any other training course suitable for participants aged 11-16 not currently provided for within the 15 lots detailed

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 70 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 11

This contract is subject to renewal: Yes

Description of renewals:

Potential extension of up to 2 years subject to funding

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project:

TRAC 11-24

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

(1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.

(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.

(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.

(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.

(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.

(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.

(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.

(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established

(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.

As requested in Section C - Economic / Financial Standing of the Proactis e-Tendering system.

Minimum level(s) of standard possibly required


Minimum level(s) of standards required:

The Authority will undertake a credit check of your organisation using Dun & Bradstreet as part of the evaluation process. When evaluating the Dun & Bradstreet score a pass will be awarded where the D&B Failure score rating is equal to or exceeds 51 or the industry average (whichever is lower). Where the D&B Failure score rating is below 51 or the industry average then a further assessment will be made in accordance with the evaluation methodology provided. It is advised that all bidders check their D&B credit rating prior to the submission of any response for this project. Please note that this is a PASS/FAIL requirement of the evaluation.

The Industry Average figure for this project is: 73

The Industry SIC Code to be used for this project is: Other education n.e.c. (85590)

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Providers will be expected to have the capacity to undertake all work applied for by means of suitably trained directly employed staff and be able to provide the service with in normal office hours Monday to Friday 8am-6pm, however there may be need for a service outside of these hours.

For each category checked, the Provider must employ at least one skilled employee. A skilled employee shall be deemed to be a person that holds a recognised accreditation qualification relative to the category and training to be given e.g. electrician, plumber, joiner, gas fitter etc. Where no such qualification is held, relevant experience may be considered.

The employee and course deliverers shall also hold a recent DBS check (Disclosure and Barring Service) as required.

Additionally, Providers applying to offer electrical and gas work training must be registered with an approved inspection body e.g. NICEIC and Gas Safe.

Please also refer to the full Terms and Conditions document. The Council reserves the right to amend the Terms and Conditions document prior to award.


Minimum level(s) of standards required:

Information and formalities necessary for evaluating if requirements are met:

As requested in the appropriate sections of the Proactis e-Tendering system.

Minimum level(s) of standard possibly required

III.2) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 03/08/2017

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 03/08/2017

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

CY

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

***Please note that the Proactis e-Tender documentation will be accessible a minimum of 48 hours from the publication of this

notice***

Contractors should note that this tender is being undertaken using an electronic tendering system. Details of how to

register and access the documentation are contained within the DPS Instructions Document. No paper tender documents will be issued or received.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=68269.

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of

the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to

social and environmental considerations. The Community Benefits included in this contract are:

a) the provider will sign up to a database to provide a minimum of 5 hours mock interviews for young people. These

may not be TRAC participants but within the school setting

b) each provider will register to provide either a mentoring role or a work experience placement

c) any providers that have traineeship or apprenticeship opportunities for young people will declare this at time of

approval and agree to their data being held on a database for signposting young people

(WA Ref:68269)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

Denbighshire County Council

Wynnstay Road

Ruthin

LL151YN

UK

Telephone: +44 1824712225

Internet address(es)

URL: www.denbighshire.gov.uk

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The contracting Authority will incorporate a minimum 10 calendar day standstill period (or 15 days where

non-electronic or fax methods are used) at the point that an award decision is communicated to tenderers. The award

decision notice will specify the criteria for the award of the contract/framework agreement, the reasons for the decision,

including the characteristics and relative advantages, the name and score of the successful tender: and will specify when

the standstill period is expected to end or the date before which the contracting authority will not conclude the

contract/framework agreement. If an appeal regarding the award of a contract has not been successfully resolved, the

Public Contracts (Amendment) Regulations 2009 provide for aggrieved parties who have been harmed or at risk of a

breach of the rules to take action in the High Court (England, Wales and Northern Ireland) Any such action must be

brought promptly (generally within 3 months) The court may order the setting aside of the award decision or may order

the Contracting Authority to amend any document and may award damages. If a framework agreement has been entered

into the Court may make a declaration of ineffectiveness or may order that the duration of any relevant specific contract

be shortened and additionally may award damages. The time limit for seeking such a declaration is generally 30 days

from notification of the award (either by award decision notification or contract award notice depending upon the

circumstances) or otherwise 6 months.

VI.5) Date of dispatch of this notice

29/06/2017

Coding

Commodity categories

ID Title Parent category
80000000 Education and training services Education

Delivery locations

ID Description
1013 Conwy and Denbighshire
1023 Flintshire and Wrexham
1012 Gwynedd
1011 Isle of Anglesey

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
03 July 2017
Deadline date:
02 October 2017 00:00
Notice type:
02 Contract Notice
Authority name:
Denbighshire County Council
Publication date:
05 October 2017
Notice type:
03 Contract Award Notice - Incomplete Procedure
Authority name:
Denbighshire County Council

About the buyer

Main contact:
sian.morganjones@denbighshire.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
03/10/2017 11:57
Notice Cancelled
This notice has been cancelled. The original deadline date of 03/08/2017 is no longer applicable.

This project was cancelled and a new notice has been created.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

doc
doc1.00 MB
This file may not be accessible.
ppt
ppt1.88 MB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.